Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 11, 2024 SAM #8080
SOLICITATION NOTICE

J -- Maintenance, Repair and Preservation of UFDD-140 and UFDD-141

Notice Date
1/9/2024 10:29:01 AM
 
Notice Type
Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A24R1057
 
Response Due
1/16/2024 12:00:00 PM
 
Archive Date
12/20/2024
 
Point of Contact
Jeff Jaeckel, Chris Davidson
 
E-Mail Address
jeff.a.jaeckel.civ@us.navy.mil, christopher.t.davidson7.civ@us.navy.mil
(jeff.a.jaeckel.civ@us.navy.mil, christopher.t.davidson7.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
UPDATED 1/9/24- Responses for RFCs 001-005 are now posted in attachments.� ______________________ The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS and IMF), Bremerton, Washington intends to award a stand-alone Firm-Fixed-Price contract to accomplish maintenance, repair, and preservation of two (2) Utility Floats Deep Draft (UFDD-140 & UFDD-141). The UFDD-140 & UFDD-141 characteristics are both 60 FT length,15 FT beam, 4 FT- 6 IN height (excluding under carriage structure), 26 LT displacement, 20 FT draft (including under carriage structure), 60 tons weight, and hull material is steel. The Contractor's facility must possess the capability of accommodating two (2) Utility Floats Deep Draft (UFDD-140 & UFDD-141) with the dimensions as stated above. To facilitate proper government oversight, the facility shall be located in the Puget Sound, WA region. For this procurement, the Puget Sound, WA region is defined as the West Coast of the continental US, starting from Olympia, WA and extending northward to Bellingham, WA. Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officer�s Representative (COR), to deliver each vessel to the Contractor�s facility; Dock, wash, and clean exterior vessel surfaces; Open, pump, clean, ventilate, gas free, and maintain dry tanks; Replace zinc anodes; Blast and preserve the underwater body, hull, freeboard, undercarriage, and main deck surfaces; Accomplish visual and Ultrasonic Test (UT) inspections; Touch up preserve tanks; Air test tanks; Replace main deck non-skid; Undock each vessel; Coordinate with the Contracting Officer, via the Contracting Officer�s Representative (COR), to deliver vessels back to the Government facility. The vessel availability is scheduled to be 1 April 2024 to 14 June 2024. This is a 100% Small Business set-aside under the North American Industry Classification System (NAICS) 336611, size standard 1,300 employees. All offerors must be registered with the System for Award Management (SAM) to receive award of Government contracts. Offerors are advised also that SAM representations and certifications can be completed electronically via the System for Award Management website at https://www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4da021bf7e504a6aac810b43f1c82c6f/view)
 
Record
SN06930592-F 20240111/240109230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.